SOURCES SOUGHT
Y -- NV FLAP 100(1), Sierra Vista Lane
- Notice Date
- 7/26/2017
- Notice Type
- Sources Sought
- NAICS
- #237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH6817B00028
- Archive Date
- 8/17/2017
- Point of Contact
- Craig Holsopple, Phone: 720-963-3350
- E-Mail Address
-
craig.holsopple@dot.gov
(craig.holsopple@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR BID - PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on August 2, 2017: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $4 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the Sierra Vista Lane project in which you performed ( as the prime contractor ) full depth reclamation with an asphalt concrete pavement overlay. Experience must include embankment construction, placed riprap, roadway aggregate, full depth reclamation, asphalt concrete pavement, pipe culverts, and concrete curb and gutter. State whether your firm was the prime contractor or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. PROJECT DETAILS: NV FLAP 100(1), Sierra Vista Lane The project will reconstruct a 2.5-mile portion of Sierra Vista Lane using full depth reclamation with an asphalt concrete pavement overlay. Some earthwork is required in areas with drainage improvements. In addition, two existing parking areas will be improved with gravel surfacing and wayfinding signs to improve recreational access for visitors to federal lands. Signing along Sierra Vista Lane will be improved to meet current standards. The last major component to this project is efforts to stabilize the bank of Carson River with riprap slope protection where it is close to the road and showing signs of erosion and degradation. SIGNIFICANT QUANTITIES (Schedule B): Approximate Quantities Embankment Construction: 11,500 CUYD Placed Riprap: 2,000 CUYD Roadway Aggregate: 4,000 TON Full Depth Reclamation: 2.5 MILE Asphalt Concrete Pavement: 5,600 TON Pipe Culverts ranging from 18 to 48-inch: 1,200 LNFT Concrete Curb and Gutter: 3,700 LNFT It is anticipated that the project will be advertised in October, 2017. Construction is anticipated to occur from January, 2018 to May, 2018. Estimated total cost is $3 million to $4 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6817B00028/listing.html)
- Place of Performance
- Address: Cochise County, Nevada, 89701, United States
- Zip Code: 89701
- Zip Code: 89701
- Record
- SN04599712-W 20170728/170726232628-d3b78edaf7cef1e69db276c227d3a3ba (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |